Norton Structural Peer Review RFQ/P #2324-14 Structural Peer Review Consulting Services for the New Norton Elementary School Design and Constructio

Agency: Town of Cheshire
State: Connecticut
Type of Government: State & Local
NAICS Category:
  • 541330 - Engineering Services
  • 541611 - Administrative Management and General Management Consulting Services
  • 541690 - Other Scientific and Technical Consulting Services
Posted Date: Dec 21, 2023
Due Date: Jan 17, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Norton Structural Peer Review

Attachment Preview

TOWN OF CHESHIRE
REQUEST FOR QUALIFICATIONS AND PROPOSALS
RFQ/P #2324-14
Structural Peer Review Consulting Services
for the New Norton Elementary School Design and Construction
INTRODUCTION
The Town of Cheshire hereby requests statements of qualifications and proposals, respectively,
for structural peer review consulting services in connection with the design and construction of
the new Norton Elementary School located at 414 N. Brooksvale Road, Cheshire, Connecticut
06410. This procurement is made pursuant and is subject to C.G.S. section 10-287 in all respects.
All Statements of Qualifications and Proposals, respectively, must be submitted in writing and in
the form set forth in this Request for Qualifications and Proposals, and delivered in sealed
envelopes (SOQ and Proposal shall be in separate envelopes) to the attention of Sean M.
Kimball, Town Manager, Cheshire Town Hall, 84 South Main Street, Cheshire, CT 06410.
Statements of Qualifications and proposals shall be delivered to the Town by no later than 2:00
PM on January 17, 2024.
GENERAL INFORMATION
The selected firm will have the responsibility to provide the scope of services described herein
through its own firm’s capabilities and/or consultants as expressly approved by the Owner. The
basic project information (to be confirmed by the consultant) is as follows:
The proposed structure will be approximately 96,058 GSF
The proposed structure will have two floors of classrooms
Common area spaces, i.e. Gym, Media Center, Cafeteria will be large open spanned
The proposed structure will consist of cast-in-place concrete frost walls and structural
steel framing
The project architect is Tecton Architects.
The project structural engineer is Michael Horton Associates
FIRMS INTENDING TO SUBMIT A STATEMENT OF QUALIFICATIONS AND
PROPOSALS FOR CONSIDERATION SHOULD CONTACT:
RICH SITNIK rich.sitnik@arcadis.com TO OBTAIN A LINK TO (1) AVAILABLE
DOCUMENTS.
SCOPE OF SERVICES
BASIC SCOPE OF SERVICES
The basic scope of structural engineering services shall be based on the above noted project
description:
PHASE 1 - Independent Structural Engineering Review as outline in the ACEC Structural
Engineer Coalition’s “Recommended Guidelines for Performing an Independent Structural
Engineering Review in the State of Connecticut by an Independent Structural Engineer: Basic
Services.”
Review design criteria indicated and compare to minimum code requirements.
Review subsoil information and recommendations regarding building foundations by
geotechnical engineer.
Conduct bay studies of structural systems to determine conformance with the minimum
requirements of code and design criteria.
Review a random selection of purlins and girders for vibration.
Review a random selection of concrete slabs on metal deck for structural adequacy.
Review lateral force resisting system for conformance with the minimum requirements of
the building code and design criteria.
Review a random selection of foundations for conformance.
Review proposed sections and details for potential coordination conflicts.
Review a random selection of connections.
Review structural specifications.
Review the primary structural systems of both the superstructure and foundations. The Structural
Engineer-of-Record will furnish calculations for the primary structural systems upon request for
review. At the conclusion of Phase 1, prepare a written report regarding your findings for review
and response by the Architect and Structural Engineer-of-Record.
PHASE 2 – Statement of Professional Opinion
Review responses from the Architect and Structural Engineer-of-Record
Discuss any remaining review / design issues with the design team (Architect and
Engineer) for resolution.
Prepare a written opinion statement regarding the findings of our review to present to the
Owner and for the local Building Official.
PHASE 3 - Construction Phase Structural Engineering Review
Review any major revisions to the primary structural systems during the construction
phase for conformance with the minimum requirements of code and design criteria.
Review any delegated design submittals associated with primary structural submittals
such as structural steel connection designs and cold-formed metal framing.
PROCUREMENT PROCESS
Following receipt of the Statement of Qualifications and a Proposal, respectively, a working
group of the Next Generation School Building Committee (NGSBC) will rank the submissions
and submit its results to the full NGSBC for consideration. The proposals from the shortlisted
firms will then be opened and evaluated. The proposal must be submitted with proposed fees set
forth on the attached Proposal Form(s) A1 & A2.
LUMP SUM FEE – Broken down by each phase of work.
HOURLY RATES
Anticipated Schedule
Issuance of RFQ/P: December 20, 2023
Questions due no later than: January 9, 2024
Submission of Qualifications and Proposals: January 17, 2024
NGSBC Selection of Firm: January 25, 2024
Town Council Approval of NGSBC Selection: February 13, 2024
QUALIFICATIONS
In your Statement of Qualifications, include the credentials and experience of the staff that
will be performing the inspections and a list of similar projects for which your firm has
performed the services procured hereunder. The fee shall be provided as a lump sum on the
form provided herewith and shall exclude federal, state, and local taxes. Provide hourly rates
for performing services under this proposal.
STANDARD CONTRACT TERMS
The following provisions will be mandatory terms of the Town’s Contract with the chosen
Firm. By submitting a proposal, you agree that if awarded a contract, you will, within five days
of notice of award, execute the contract provided by the Town without alteration or
modification. If you are unwilling or unable to comply with these terms, or seek to clarify or
modify, any of these Contract Terms, you must disclose that inability, unwillingness,
clarification and/or modification in your proposal:
a. DEFENSE, HOLD HARMLESS AND INDEMNIFICATION
The chosen Firm agrees, to the fullest extent permitted by law, to defend, indemnify, and hold
harmless the Town, its employees, officers, officials, agents, volunteers and independent
contractors, including any of the foregoing sued as individuals (collectively, the “Town
Indemnified Parties”), from and against all proceedings, suits, actions, claims, damages,
injuries, awards, judgments, losses or expenses, including attorney’s fees, arising out of or
relating, directly or indirectly, to the chosen Firm’s malfeasance, misconduct, negligence or
failure to meet its obligations under the RFQ/P or the Contract. The chosen Firm’s obligations
under this section shall not be limited in any way by any limitation on the amount or type of
the chosen Firm’s insurance.
The chosen Firm shall also be required to pay any and all attorney’s fees incurred by the Town
in enforcing any of the chosen Firm’s obligations under this section. The chosen Firm’s
obligations under this section shall survive the termination or expiration of the Contract.
As a municipal agency of the State of Connecticut, the Town will NOT defend, indemnify,
orhold harmless the chosen Firm.
b. ADVERTISING
The chosen Firm shall not name the Town in its advertising, news releases, or promotional
efforts without the Town’s prior written approval.
If it chooses, the chosen Firm may list the Town in a Statement of References or similar
document required as part of its response to a public procurement. The Town’s permission to
the chosen Firm to do so is not a statement about the quality of the chosen Firm’s work or the
Town’s endorsement of the chosen Firm.
c. W-9 FORM
The chosen Firm must provide the Town with a completed W-9 form before Contract
execution.
d. PAYMENTS
All payments are to be made 30 days after the appropriate Town employee receives
and approves the invoice from the NGSBC.
e. MAINTENANCE AND AVAILABILITY OF RECORDS
The chosen Firm shall maintain all records related to the work described in the RFQ/P for a
periodof s e v e n (7) years after final payment under the Contract or until all pending
Town, state and federal audits are completed, whichever is later. Such records shall be
available forexamination and audit by Town, state, and federal representatives during that
time.
f. SUBCONTRACTING
The chosen Firm shall not subcontract, transfer, or assign all or any portion of its
obligationsunder the Contract.
g. COMPLIANCE WITH LAWS
The chosen Firm shall comply with all applicable laws, regulations, ordinances, codes and
orders of the United States, the State of Connecticut and the Town related to its proposal and
the performance of the Contract.
h. NONDISCRIMINATION AND AFFIRMATIVE ACTION
In the performance of the Contract, the chosen Firm will not discriminate or permit
discrimination in any manner prohibited by the laws of the United States or of the State of
Connecticut against any person or group of persons on the grounds of race, color, religious
creed, age (except minimum age), marital status or civil union status, national origin, ancestry,
sex, sexual orientation, mental retardation, mental disability or physical disability, including
but not limited to blindness, unless the chosen Firm shows that such disability prevents
performance of the work involved.
Any violation of these provisions shall be considered a material violation of the Contract and
shall be grounds for the Town’s cancellation, termination, or suspension, in whole or in part,
of the Contract and may result in ineligibility for further Town contracts.
i. LICENSES AND PERMITS
The chosen Firm certifies that, throughout the Contract term, it shall have and provide proof of
all approvals, permits and licenses required by the Town and/or any state or federal authority.
The chosen Firm shall immediately and in writing notify the Town of the loss or suspension of
any such approval, permit or license.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Number: 2P24-099 Bid Title: Consulting Engineering Services Design of the "The Pequabuck

City of Bristol

Bid Due: 5/16/2024

CCF 2024_1.2 | CCF_2024_1.2_Crumbling Foundation Engineering Services Please visit www.crcogbonfirehub.com Start Date: Feb

State Government of Connecticut

Bid Due: 6/30/2024

2P24-099 | Consulting Engineering Services- Design of the The Pequabuck River Trail The

State Government of Connecticut

Bid Due: 5/16/2024

Bid Number: 2P24-099 Bid Title: Consulting Engineering Services Design of the "The Pequabuck

City of Bristol

Bid Due: 5/16/2024